SOLICITATION NOTICE
65 -- NX EQ Lift: Patient Transfer: Clip Based Standard - Amedment
- Notice Date
- 12/19/2025 10:09:52 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G26R0006
- Response Due
- 1/7/2026 7:00:00 AM
- Archive Date
- 04/16/2026
- Point of Contact
- Jalima J. Jones, Contract Specialist
- E-Mail Address
-
Jalima.Jones@va.gov
(Jalima.Jones@va.gov)
- Awardee
- null
- Description
- Solicitation Number:� � 36C10G26R0006� � Notice Type:� � Combined Synopsis/Solicitation� � This is a combined synopsis/solicitation for brand name, or equal commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.� Solicitation number 36C10G26R0006 is issued for this combined synopsis/solicitation; this solicitation is being issued as a Request for Proposal (RFP). This combined synopsis/solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2025-06, dated 01 October 2025.� Requirement Description:� VA has a requirement to purchase Lift Patient Transfer: Clip Based Standard to deliver patient care to its VA Medical Centers around the country. Lift Patient Transfer: Clip Based Standard are designed for hoisting and transferring a patient safely and with minimal physical effort. These lifts consist of a C-shaped or U-shaped support base usually including casters, a vertical mast, a pivoting boom, a swivel bar, a hanger bar or spreader bar with hooks to accommodate loop-based slings, and the lifting mechanism; they are manually, electrically, or battery operated using hydraulic or screw jack lifting mechanisms. Patient lifts are frequently used to transfer patients (e.g., to and from a wheelchair, toilet, or bathtub), reducing the risk of injury to those assisting with the transfer (typically only one person) and of patient drop. A single award Requirements contract will be awarded as a Brand Name or Equal in accordance with all terms, conditions, provisions, specifications, and schedule of this solicitation herein. Proposals shall contain the terms for cost/price and technical capabilities of the brand name or equal equipment. The Government reserves the right to award without discussions.� � The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing, Product Service Code: 6515, and the associated size standard is 800 employees. This procurement action is unrestricted Full and Open.� This acquisition is for a single award Requirements contract in accordance with FAR Part 16.5 for Arjo Maxi Move 5® brand name or equal Lift Patient Transfer: Clip Based Standard as identified in ATTACHMENT A PRICE COST SCHEDULE - NX EQ LIFT PATIENT TRANSFER CLIP BASED STANDARD. All interested companies shall provide a proposal for all Contract Line-Item Numbers (CLINs) listed in ATTACHMENT A PRICE COST SCHEDULE - NX EQ LIFT PATIENT TRANSFER CLIP BASED STANDARD. The ordering period is for one 12-month base year with four 12-month option years. Delivery is a FOB destination. Firm-Fixed Price Orders will be placed against this contract in writing and will provide the delivery locations, delivery dates and exact quantities.� � The FAR provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition including attached addenda to the provision.� The FAR provision at 52.212-2, Evaluation -- Commercial Items, and the specific evaluation criteria as attached addenda also applies to this acquisition.� Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and a statement regarding any addenda to the clause.� Addendum is attached.� All interested quoters must be registered in the System for Award Management (SAM) prior to submitting a quote. You may access SAM at� https://sam.gov/SAM/.� Questions regarding this combined synopsis/solicitation are due via email by 10:00 AM Eastern Standard Time (EST) on December 18, 2025, to Contract Specialist, Jalima Jones at Jalima.Jones@va.gov and Contracting Officer, Sara Vickroy at Sara.Vickroy@va.gov No calls will be accepted. Proposals are due via email by 10:00 AM EST on January 07, 2026, to Contract Specialist, Jalima Jones at Jalima.Jones@va.gov and Contracting Officer, Sara Vickroy at Sara.Vickroy@va.gov SCOPE OF WORK� � � The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified Lift Patient Transfer: Clip Based Standard product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award.� � Lift Patient Transfer: Clip Based Standard are designed for hoisting and transferring a patient safely and with minimal physical effort. These lifts consist of a C-shaped or U-shaped support base usually including casters, a vertical mast, a pivoting boom, a swivel bar, a hanger bar or spreader bar with hooks to accommodate loop-based slings, and the lifting mechanism; they are manually, electrically, or battery operated using hydraulic or screw jack lifting mechanisms. Patient lifts are frequently used to transfer patients (e.g., to and from a wheelchair, toilet, or bathtub), reducing the risk of injury to those assisting with the transfer (typically only one person) and of patient drop. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Lift Patient Transfer: Clip Based Standard to be used by VHA clinicians throughout the United States and its territories. The period of performance is for one 12-month base period with four 12-month option periods.� 2. REQUIREMENT� This requirement will be, Brand Name or Equal which requires the offeror indicate that each product being offered as an equal product to the Arjo Maxi Move 5® or equal, Lift Patient Transfer: Clip Based Standard. For each equal product, the offeror must include a description reflecting the salient characteristics (SC) and level of quality that will satisfy the salient physical, functional, or performance characteristics of the equal product(s) specified in the solicitation. The offeror must also clearly identify the item by brand name (if any) and make/model number. Finally, the offeror must include descriptive literature, such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer (CO) and clearly describe any modifications it plans to make to a product to make it conform to the solicitation requirements.� The following line-items comprise the Lift Patient Transfer: Clip Based Standard product line: Contract Line-Item Number Brand Part Number Description 0001 Arjo Maxi Move 5 KMEHE0-0-0-01 Maxi Move 5, 600 lbs SWL, X-Low Base 0002 Arjo Maxi Move 5 KMEHE0-0-D-01 Maxi Move 5, 600 lbs SWL, X-Low Base, Med-PDPS 0003 Arjo Maxi Move 5 KMEHE0-M-0-01 Maxi Move 5, 600 lbs SWL, X-Low Base, Motion Assist 0004 Arjo Maxi Move 5 KMEHE0-M-D-01 Maxi Move 5, 600 lbs SWL, X-Low Base, Med-PDPS, Motion Assist 0005 Arjo Maxi Move 5 KMEHEU-0-0-01 Maxi Move 5, 600 lbs SWL, X-Low Base, Scale 0006 Arjo Maxi Move 5 KMEHEU-0-D-01 Maxi Move 5, 600 lbs SWL, X-Low Base, Scale, Med-PDPS 0007 Arjo Maxi Move 5 KMEHEU-M-0-01 Maxi Move 5, 600 lbs SWL, X-Low Base, Scale, Motion Assist 0008 Arjo Maxi Move 5 KMEHEU-M-D-01 Maxi Move 5, 600 lbs SWL, X-Low Base, Scale, Med-PDPS, Motion Assist 0009 Arjo Maxi Move 5 KMEHL0-0-0-01 Maxi Move 5, 600 lbs SWL, Low Base 0010 Arjo Maxi Move 5 KMEHL0-0-D-01 Maxi Move 5, 600 lbs SWL, Low Base, Med-PDPS 0011 Arjo Maxi Move 5 KMEHL0-M-0-01 Maxi Move 5, 600 lbs SWL, Low Base, Motion Assist 0012 Arjo Maxi Move 5 KMEHL0-M-D-01 Maxi Move 5, 600 lbs SWL, Low Base, Med-PDPS, Motion Assist 0013 Arjo Maxi Move 5 KMEHLU-0-0-01 Maxi Move 5, 600 lbs SWL, Low Base, Scale 0014 Arjo Maxi Move 5 KMEHLU-0-D-01 Maxi Move 5, 600 lbs SWL, Low Base, Scale, Med-PDPS 0015 Arjo Maxi Move 5 KMEHLU-M-0-01 Maxi Move 5, 600 lbs SWL, Low Base, Scale, Motion Assist 0016 Arjo Maxi Move 5 KMEHLU-M-D-01 Maxi Move 5, 600 lbs SWL, Low Base, Scale, Med-PDPS, Motion Assist 0017 Arjo Maxi Move 5 700-34267-BOX POWERED DPS COMBI MEDIUM 0018 Arjo Maxi Move 5 700-34271-BOX POWERED DPS COMBI LARGE 0019 Arjo Maxi Move 5 MAA4000M-S-L1 LAUNDERABLE CLIP SLING, SMALL 0020 Arjo Maxi Move 5 MAA4000M-M-L1 LAUNDERABLE CLIP SLING, MEDIUM 0021 Arjo Maxi Move 5 MAA4000M-L-L1 LAUNDERABLE CLIP SLING, LARGE 0022 Arjo Maxi Move 5 MAA4000M-XL-L1 LAUNDERABLE CLIP SLING, X-LARGE 0023 Arjo Maxi Move 5 MAA4000M-XXL-L1 LAUNDERABLE CLIP SLING, XX-LARGE 0024 Arjo Maxi Move 5 MLA2000-S-L1 LAUNDERABLE LOOP SLING, SMALL 0025 Arjo Maxi Move 5 MLA2000-M-L1 LAUNDERABLE LOOP SLING, MEDIUM 0026 Arjo Maxi Move 5 MLA2000-L-L1 LAUNDERABLE LOOP SLING, LARGE 0027 Arjo Maxi Move 5 MLA2000-XL-L1 LAUNDERABLE LOOP SLING, X-LARGE The Department of Veterans Affairs (VA) is seeking vendors who can provide Arjo Maxi Move 5® brand name or equal to Lift Patient Transfer: Clip Based Standard as listed above which meet all the following salient characteristics (SCs) below. The Government intends for offerors to include all ancillary items, to ensure the equipment can function as designed by the Original Equipment Manufacturer (OEM) and as clinically required. Products quoted in the technical volume must be captured on the Vendor s pricing volume (Attachment A - Price Cost Schedule) of the solicitation. Additionally, responses can include any additional product and other product-related services necessary to obtain the supplies as required that may be beneficial and essential to the functionality of the proposed solution. These items must be clearly identified by brand name and part number. When offerors include their additional proposed product items/services, these items may be considered for evaluation and must be captured in the vendor s pricing volume with an estimated quantity of zero. SC # Salient Characteristics Method of Evaluation Applicable CLINs Page # Where SC is Found in Technical Literature SC 1 Lift must have options for a loop-based hanger bar and a clip-based hanger bar. Literature Review 0001-0016 SC2 Lift must be compatible with repositioning, turning, and limb lifting slings. Literature Review 0001-0016 SC3 Lift must have a clip-based hanger bar with powered positioning capable of tilting a patient while patient is lifted. Literature Review 0001-0016 SC4 Lift must have a patient weight capacity of at least 500 lbs. Literature Review 0001-0016 SC5 Lift must have options for multiple wheel heights, including an option for low leg/wheel base. Literature Review 0001-0016 SC6 Lift must have a battery charge indicator. Literature Review 0001-0016 SC7 Lift must have a lifting range of at least 17 to 60 . Literature Review 0001-0016 SC8 Lift legs must adjust to a minimum interior opening width of 38 Literature Review 0001-0016 SC9 Lift legs width must be controlled by electronic control switch. Literature Review 0001-0016 SC10 Lift must allow for ambulation. Literature Review 0001-0016 SC11 Lift must have option to charge using a second battery and a separate charger. Literature Review 0001-0016 SC12 Lift must be tested in accordance with the most recent version of ISO 10535. Literature Review 0001-0016 SC13 Lift boom Must raise and lower patients using a control button Literature Review 0001-0016 SC14 Lift must provide emergency stop and manual emergency lowering. Literature Review 0001-0016 SC15 Lift must have max exterior width of 30 with legs closed Literature Review 0001-0016 SC16 Lift must have an option of integrated scale equal to the lift capacity. Literature Review 0001-0016 MAINTENANCE, REPAIRS AND REPLACEMENT Preventative Maintenance will be performed as prescribed by the manufacturer s specifications. Maintenance, repairs, and replacement will be performed by authorized technicians and will be coordinated through the designated facility POC. At the time of installation, and/or for any reoccurring onsite visit(s) to perform preventative maintenance, repairs, replacement, etc., the Contractor must comply with all local policies to gain access to individual VA Medical Centers. PRODUCT REFRESH Product refresh is when a current CLIN is no longer being manufactured due to obsolescence and the product item is being replaced with a newer, and more often, a superior version of the same item. The current CLIN product will be revised to reflect the refreshed product information, manufacturer s part number, IDIQ price (inclusive of Service Level Agreement (SLA) fee), etc. The Government reserves the right to not accept the products offered under product refresh. The contractor will be notified in writing if a product refresh is not accepted. All products offered shall be provided with the warranty that is agreed upon for this contract. The contractor agrees to ensure that all upgraded improved/replaced products meet American with Disabilities Act (ADA) and Health Information Portability and Accountability Act (HIPAA) Federal requirements, see attachment 5. The contractor shall provide the COR and CO the following information for product refresh: (1) A list of specific awarded item(s) being refreshed in the Price/Cost Schedule (to include commercial pricing, discount offered, and IDIQ price (inclusive of SLA fee)). (2) Product literature for the item(s) refreshed; (3) A detailed description of the differences or benefits of refreshed as compared to the item(s) being discontinued or added; (4) Proper identification of any product requirements and/or procedures related to those product(s) proposed to be refreshed or upgraded; (5) FDA approval, if applicable; (6) Provide historical sales to VA by item(s), if applicable; and (7) Copy of Commercial Warranty The request shall be submitted to the COR, copy to the Contract Specialist and Contract Officer, for review and recommendation of approval to be submitted to the CO. The CO shall prepare a bilateral modification for execution. PRODUCT REMOVAL OR RECALL For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer shall resolve any defects or potential dangers by repairing or replacing the product at no cost to the government. The manufacturer agrees to take the following steps immediately: Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible. Provide copies of the notification to CO, Contracting Specialist, Contracting Officer Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following: (1) Complete item description and/or identification, order numbers from customers and the contract number assigned as a result of an issuance on the solicitation; (2) Reasons for modifications, removal or recall; and (3) Necessary instructions for return for credit, replacement or corrective action. A copy of the notification will be provided to: Manager, Product Recall Office National Center for Patient Safety Veterans Health Administration 24 Frank Lloyd Wright Drive, Lobby M Ann Arbor, MI 48106 The following attachments are incorporated by reference. All criteria outlined in the attachments are applicable to this combined synopsis/solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/220653e9e2654079892cb74a8477df0f/view)
- Place of Performance
- Address: NATIONWIDE
- Record
- SN07671591-F 20251221/251219230034 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |